SPECIAL NOTICE
C -- 657-24-103JB Conduct Hazardous Abatement 2024, JB
- Notice Date
- 10/24/2023 2:01:53 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25524R0011
- Response Due
- 11/8/2023 11:00:00 AM
- Archive Date
- 02/06/2024
- Point of Contact
- Kevin D Knight, Contract Specialist, Phone: 913-946-1130
- E-Mail Address
-
KEVIN.KNIGHT2@VA.GOV
(KEVIN.KNIGHT2@VA.GOV)
- Awardee
- null
- Description
- Synopsis: Request for Architectural and Engineer SF330 submission Solicitation: 36C25524R0011, Conduct Hazardous Material Abatement 2024, JB, Project No. 657-24-103JB SF330s due by November 08, 2023 at 13:00 Central Time (see below). CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. The contract is anticipated to be awarded no later than December 31, 2023. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to (kevin.knight2@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 60 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-74. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (https://www.vetbiz.va.gov/vip), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM.GOV): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed. Completed package (SF330) shall be delivered on or before November 08, 2023, by 1:00PM CT to the following email addresses: kevin.knight2@va.gov and david.holden@va.gov . Email subject line shall clearly identify Solicitation number: 36C25524R0011 and project name Conduct Hazardous Material Abatement 2024, JB, Project No. 657-24-103JB. The SF330 submission must be a pdf document and must be below 20 MG. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 8 1/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. If submissions exceed the page limit, only the first 50 pages of information will be considered. Qualifications (SF330) submitted by each firm for Project No. 657-23-113JB, FCA Create Code Compliant Research Laboratory Space in Building 1, will be reviewed and evaluated based on the following evaluation criteria listed below: Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The firm and A/E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required on this project including, design of a research laboratory and VA Safety and Physical Security design. Experience in abatement of hazardous construction materials, energy conservation, pollution prevention, and waste reduction. Include government and private experience on projects similar in size, scope and complexity as well as experience with project phasing in order to maintain facility operation during construction. Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(d)(1), prime contractors shall clearly state and demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 600 mile radius of the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125. This procurement is restricted to Veteran Owned Small Business (VOSB) firms LOCATED WITHIN A 600 MILE RADIUS OF THE Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 600 mile radius from the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 600 mile radius from the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a lesser score on this evaluation factor. Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. Past Performance on similar project contracts with the Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Reputation and standing of the firm and its principal officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendation. Record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of Veteran-Owned Small Businesses. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. VPIH CONTRACT SUPPLEMENT B PROJECT NUMBER: 657-24-103JB PROJECT TITLE: Conduct Hazardous Material Abatement 2024 SUPPLEMENT B (For Schematics, Design Development, Construction Documents, Construction Cost Estimate and Construction Period Services) DESIGN TIMEFRAME: VPIH shall deliver final abatement design documents No Later Than (NLT) 60 days after the Award/Notice to Proceed Letter. CONSTRUCTION BUDGET/DESIGN LIMITATION: $431,000.00. VPIH will also be required to incorporate bid items into the bid documents that will allow for a 20% budget reduction. B1 SCHEDULE OF SERVICES: INTRODUCTION: The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with a VPIH on a project to Conduct Hazardous Material Abatement, Jefferson Barracks (JB) Division, St. Louis, MO 63125. The VPIH Firm must provide Basic Professional Services as delineated in the Scope of Work. SCOPE OF CONSTRUCTION PROJECT: This project will conduct abatement of Hazardous Material (Asbestos, Lead) at various buildings of the VASTLHCS Jefferson Barracks Divisions. The SOW includes VPIH for additional sampling, designing an abatement plan, specifications, review and approval of Abatement Work Plan, and abatement oversight. Limited abatement will occur based on findings of the most recent survey (friable materials found, flaking lead-based paint, etc.) and investigations of the VPIH. Areas to be abated are identified and coordinated with In-House Construction Crew work or Maintenance & Operations needed repairs. Abatement could occur at any of the Jefferson Barracks Division Buildings depending on priority of upcoming IHCC & M&O work. This work will occur in coordination with In-House Construction & M&O. Overall Period of Performance is not to exceed 1 calendar year. VPIH days required is not to exceed 55 days. Building 25 Crawlspace Place EPDM/poly enclosure over contaminated soils Building 52 2S14 - Abate Mold inside the room. Scrape and encapsulate lead-based paint on deck and walls, abate floor tile and mastic, remove duct insulation, and abate Asbestos pipe insulation, abate with all ACM pipe fittings and re-insulate pipes after abatement. The concrete floor can remain unfinished. Building 1 Rooms GE19, GE21, H004, GE22, Mop Room Remove ACT ceilings, abate all ACM duct insulation, scrape and encapsulate deck and walls, abate all flooring and mastic, abate ACM pipe insulation with all ACM pipe fittings and reinsulate pipes after abatement. No ceilings are required to be reinstalled in these areas. Building 1 GE09 Mail Room & GE09A Mail Room - Scrape and encapsulate lead-based paint on deck and walls, abate all flooring and mastic, skim coat and seal concrete floor. Building 1 GC18 Pump Room Abate cork ceiling, Scrape and encapsulate lead-based paint on deck and walls, abate ACM pipe insulation with all ACM pipe fittings and reinsulate pipes after abatement. Building 1 GW11 Mechanical Room - Abate Asbestos pipe insulation from the floor to the elbows to enable pipe shop work. Building 24 to Building 1 connecting corridor Remove plaster ceilings, scrape and encapsulate lead based paint on deck, abate all flooring and mastic, abate ACM pipe insulation with all ACM pipe fittings and reinsulate pipes after abatement. Abate exhaust fans, Remove non-ACM ACT ceilings and replace with new ACT ceiling. Building 23 to Building 1 connecting corridor - Remove plaster ceilings, scrape and encapsulate lead based paint on deck and walls, abate all flooring and mastic, abate ACM pipe insulation with all ACM pipe fittings and reinsulate pipes after abatement. Abate exhaust fans, Remove lead containing ACT ceilings and replace with new ACT ceiling. Room Lead Asbestos Demo Replace Room Sq Ft Plaster Ceilings ACT Ceilings Cork Ceiling Deck Walls Encape (2 coats) Floor Tile Mastic Pipe Insulation Pipe Fittings Duct Insulation SF Exhaust Fans Non-ACM Ceilings (ACT) Ceilings (ACT) Re-insulate pipes Skim coat and seal floor B52 2S14 233 700 700 233 233 60 15 700 60 B1 GE19 (Interior Design) 29'x41' 1189 - 1189 - - 200 200 1189 1189 500 100 - - 500 B1 GE21 (old SPS) 29'x61' 1628 - - - - 500 500 - - 600 100 1080 - 600 B1 H004 (corridor in old SPS) 90'x7' 630 - - - 630 - 630 630 630 620 110 600 - 620 B1 GE22 (Restroom in old SPS) 17'x7' 129 - - - 129 - 129 129 129 129 - - - 129 B1 Mop Room (in old SPS) 4'x3' 12 - - - 12 - - - - - - - - B1 1GE09 (mail room) 14.5'x45"" 646 - - - 646 550 1196 646 646 - - - - 646 B1 1GE09a (back mail room) 20'x31' 620 - - - 624 340 964 624 624 - - - - 624 B1 1GC18 (pump room) 20'x16' 320 - - 250 320 890 1210 - - 300 50 - - 300 B1 GW11 5'x4' 20 - - - - - 10 - - - 10 B-1 to B-24 Corridor 112'x8' 896 896 - 896 - 896 896 896 230 10 - 3 896 896 230 B-1 to B-23 Corridor 110'x7' 770 770 770 - 770 150 920 770 770 240 20 - 3 - 770 240 Grand Totals 1666 1959 250 4027 3330 7345 5117 5117 2689 405 2380 6 896 1666 2689 1270 SCOPE OF WORK FOR VPIH: Design Development: The VPIH shall make investigations necessary to thoroughly evaluate the area. This may include, but not limited to, hazardous materials testing, identifying any and all asbestos and lead containing materials within the project area. Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to VASTLHCS Facility Engineering Service. Hazardous material surveys and design shall be in compliance with National Emissions Standard for Hazardous Air Pollutants (NESHAP) requirements for renovation and demolition projects. The VA team will evaluate and identify any additional project scope based on the survey findings. Abatement Document: After the VAMC approves the VPIH proposed scope of work, the VPIH shall prepare abatement documents necessary to accomplish the approved design development including drawings and specifications. Review of Abatement Work Plan: The VPIH shall review the contractor s proposed Abatement Work Plan and provide approval before proceeding to construction. Abatement Oversight Service: The VPIH shall perform oversight services as detailed later in this scope of work. Functional Product: It is important to emphasize that the VPIH shall perform design development and detailed design work, and prepare detailed abatement documents. VPIH Survey: The VPIH Firm will complete a survey, to include testing, identifying any and all asbestos and lead containing materials within the project area. This project will remove all lead and asbestos in areas being renovated. Reference VA Asbestos Abatement Design Manual (PG 18-10) July 2011: 1.8 DESIGN REQUIREMENTS: The following elements are required for all asbestos abatement project designs for VA facilities: All project designs must be developed and/or reviewed and approved by an EPA Model Curriculum trained and applicable state accredited Asbestos Project Designer. This is to ensure that all applicable federal, state and local regulations are followed regarding the design of asbestos abatement projects. These regulations include, but are not limited to, EPA NESHAP requirements, City of St. Louis Air Pollution division requirements St. Louis County Air Pollution division requirements, and Missouri Department of Natural Resources (MDNR) requirements. VA representatives conducting peer review of asbestos designs need not be accredited Asbestos Project Designers. All asbestos inspections performed in VA facilities for the purposes of gathering information for the development of the asbestos abatement project design must be performed by EPA Model Curriculum trained and applicable state-accredited Asbestos Building Inspector. VA Master Specifications have been developed for typical asbestos abatement work. The appropriate sections shall be edited to meet the project scope of work and specific project requirements. The VPIH shall carefully coordinate specifications with the drawings so that all work required by the drawings is included in the specifications. Specification content that does not apply to the project shall be deleted. The VPIH shall modify the existing Master Specifications, when feasible, to address any abatement that is not specifically identified by the VA Master Specifications. 1.9.2 DRAWINGS The following criteria must be used when creating drawings to be used in support of the asbestos abatement project. Refer to VA Design and Construction Procedures for general drawing requirements. Consolidate notes and place them on the right-hand side of the sheet. Show scale, compass point, orientation, key plan, title, column grids and numbers, match-lines, room numbers and titles corresponding to the Architectural drawings. Clearly indentify all locations of materials to be removed during the asbestos abatement project. Clearly identify any life-critical systems that exist in abatement areas to ensure that these systems are isolated and not disturbed during the project. 1.9.3 SEQUENCE OF ASBESTOS ABATEMENT DRAWINGS Symbols and abbreviations Demolition Plans Asbestos materials location plans Details Summary of asbestos material quantities Coordination with VPIH Design Submission Requirements (PG 18-15). 2.3.1 ABATEMENT WORK TASKS: The specific ACM to be abated during the asbestos abatement project must be identified on the detailed plan and project drawings. A summary for each work task to be performed during the abatement project, as well as a summary of the techniques to be used, in addition to safety precautions and methods must be included in the design. 2.3.2 UNEXPECTED DISCOVERY OF ASBESTOS: For any previously untested building components suspected to contain asbestos and located in areas to be impacted by the work, additional samples will need to be collected of any materials found to determine the presence or absence of asbestos. The sampling must be performed by an AHERA accredited Asbestos Building Inspector. All spaces within the scope of work must be designed according to applicable codes and standards. The VPIH shall submit a design narrative (15%) and design plans (100% Contract Docs for VA Review, and Release for Construction Set) specifications, submittals schedule, and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate JOC contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. The VPIH will also participate in the VASTLHCS Pre-Construction Risk Assessment to determine the requirements hazardous material abatement and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the VPIH pursuant to, and inclusive of, the Construction Documents. Prior to submittal of a response to this proposal the VPIH shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide VPIH with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project. Overall site plans will be provided as a Reference Drawing with Room Numbers showing the areas within the project boundary. The C&A requirements do not apply, and that a Security Accreditation Package is not required. VPIH FEE DETERMINATION: The VPIH is to present their fee proposal for evaluation and negotiation in the following format: Submit completed Price Proposal on NCO 15 Form 10-6298. The spreadsheet is to have the work broken out in hours by position, by discipline and by design phase. Include a list of the number of drawings required for each design phase broken out by drawing type per discipline. Include a summary of the foregoing with the number of hours required for each drawing type and each major task. The spreadsheet will be used to facilitate review and comprehension of work effort and document fee. Include Part IV in cover letter and Part V (signed) as a separate attachment. Submit the electronic file of the spreadsheet upon request. Include a letter of understanding with the price proposal that presents a detailed understanding of the Supplement B. The letter of understanding shall include an analysis of the fee included and excluded from 6% fee limitation as compared to the estimated Construction Budget. Reproduction and delivery costs of Design Review Material and other direct costs, such as travel costs, are included in the costs for each design phase and are not reimbursable. The costs of Bidding reproduction, delivery and other direct costs in accordance with the Milestone Submittal Requirements are included in the CD Phase. Unused site visits will be deducted at the end of the contract. Provide an outline of the Quality Assurance/Quality Control actions that your firm will take during the design process and construction period. Monthly QA/QC reports are required, including actions taken to maintain project quality, schedule and budget, and will be submitted with project invoices using the NCO 15 invoice format. Correction of VPIH s Errors and Omissions, including required site visits to ascertain remedial action, is included in scope of services at no additional cost to the VA. REPORTS, DRAWINGS, SPECIFICATIONS AND SCHEDULES: Kick-Off Meeting: An initial kickoff meeting will be held with the Contracting Officer and local staff. This meeting will be intended to provide an onsite familiarization with the project. The VA will provide workload data and as-built drawings. VPIH Design Submissions shall comply with the VA A/E Design Submission Requirements as found in the VA Technical Information Library (TIL). The VA will provide comments and guidance following each design review session. All meetings shall be held at Jefferson Barracks Division of the VASTLHCS in Saint Louis, MO or via Microsoft Teams. Design Development: The VPIH firm shall make investigations necessary to thoroughly evaluate the conditions of the existing space. There will not be a systems redesign for this process. All designs and timelines shall be in accordance with VPIH Submission Instructions for Minor and NRM Construction Program, PG-18-15, Volume C. Construction Documents: The VPIH firm shall complete such further investigations to develop the accepted design development documents into working drawings and specifications for issuance through the competitive bid process. The VPIH firm shall provide a complete construction plan detailing all phases and sequencing of construction to minimize the impact on the facility. In most instances, the VA Master Construction Specifications will be edited and incorporated in the project specifications. However, in those instances where corresponding VA Master Construction Specifications are not available, the VPIH shall develop the specification for incorporation into the project specifications. It is required that the VPIH design in accordance to VA guidelines as these guidelines supersede any other industry guidelines. It is important to note that all specification sections are to be thoroughly edited to maintain uniformity of formatting and structure. All spec writer notes must be removed. Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other applicable national codes. The VPIH firm shall provide a clause in the specifications indicating method by which a contractor will provide information to the firm to allow the firm to provide as-built drawings upon completion of construction. As-Built Drawings: The VPIH firm shall submit one (1) complete set of drawings provided via file share software using AutoCAD Release 2021 and also .pdf format. Models should be provided in Revit 2021. The VPIH shall follow the VA Standard CAD format for layering in accordance with the B3 DESIGN CRITERIA section of this Supplement B. The VPIH firm shall submit said As-Built (aka Record Drawings) drawings within 30 days of receipt of red lined drawings. Reproduction of Drawings and Specifications: Specifications shall be prepared in MS Word and drawings shall be prepared in Revit 2022 and submitted to the VA in Revit and AutoCAD 2022 formatted files in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The VPIH is required to prepare architectural drawings in Revit. One electronic transmission containing all reports, specifications, documents and drawings will be required for each milestone submission. The final Construction Document submission shall include copies of the original digital files (in *.dwg and *.rvt) in addition to the .pdf format files. All necessary reports, and other documents shall be prepared in accordance with all applicable portions of the A/E Submission Instructions, Program Guide PG-18-15, Volume C. The VA reserves the right to require immediate delivery of the VPIH s digital files to the VA at any time. Specifications should be provided in electronic form. One half size set of drawings and one set of specs shall be sent to the Contracting Officer at the 95% and 100% construction document review periods. At the 95% and 100% construction document review periods, the specifications should have all revisions incorporated providing a clean set of specifications for review and approval. PROMOTION OF FULL AND OPEN COMPETITION: VPIH agrees to prepare specifications that are not competitively restrictive or proprietary. Specifications will be based on performance criteria when possible and will not use a product by a specific manufacturer, except as a basis of design. If an occasion arises that use of a product by a specific manufacturer is necessary, the VPIH will provide a justification including: Why the particular manufacturer/product must be used or why a performance specification cannot be written (proprietary design, etc.). The evaluation criteria of alternate manufacturer s product that must be met to be considered equal. These evaluation criteria will be used to accept the alternate manufacturer s product as equal to the specified product. These evaluation criteria shall be comprehensive to ensure an equal product is supplied meeting contract requirements. In the event it is necessary to pre-qualify major components, the VPIH will advise the Contracting Officer of such, so that the necessary action can be taken to establish a Qualified Products List. In addition to requirements of these special provisions, a certification will be provided stating the specification solicitation is not restrictive; it has been written to provide full and open competition; and will list at least three manufacturers who can supply the specified major components or systems of the project. MISCELLANEOUS: The existing drawings for Building 1, 52, 25, 24, 23 included within the limits of this project will be provided to the VPIH consultant For Reference Only. As-Built and Record Drawings have been found to not show the actual location, quantity, etc., of all building features and should only be used as a general guide. The VPIH shall verify the existing drawings to the extent necessary for completion of construction. Files in *.dwg or*.rvt format will be provided to the VPIH if those files are available for distribution. The VA COR will assist the VPIH when site inspection procedures impact the functioning of any of the building utility systems, services or health care operations. Spaces with controlled access will require a member of the VA staff to continuously escort the VPIH Consultant whilst accessing the space. As a result, the VPIH must coordinate with VA Engineering to identify where the VPIH is intending to perform site visit surveys at least fourteen (14) days in advance of any site visit. Some utility systems, services or health care operations are critical, and if a disruption is required, it must be executed outside of normal working hours. Normal working hours are Monday through Friday, 7:30 a.m. to 4:00 p.m. This schedule must be coordinated with the VA COR fourteen (21) days in advance. Coordination of each submittal will be fully documented by the VPIH. Using industry standard methods, the VPIH will collect, document and resolve all comments and consolidate them into a usable format. The resolution of each comment requires the COR and commenter s concurrence. For each design submittal, the VPIH will conduct a comment review meeting where each comment received will be either: Concurred as Written Non-Concurred; Request Discussion Requires Clarification At the conclusion of the comment review meeting, the VPIH will provide meetin...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a6fca4462514894bc3d49da467d4b42/view)
- Record
- SN06866502-F 20231026/231024230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |